Loading...
HomeMy WebLinkAboutC-3178 - River Avenue Street Reconstruction_a. _.._ d- f STOP NOTICE -7 (California Civil Code Section 3103) APR (a NOTICE TO CITY OF NEWPORT BEACH P.O. BOX 1768 NEWPORT BEACCA iu inS - (If Private Job -file with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner -CIVIL CODE SECTIONS 3156 -3175) (IF Public Job -file with office of controller,auditor,or other public disbursing officer whose duty it is to make payments under provisions of the contract -CIVIL CODE SECTIONS 3179 -3214) Prime Contractor: R C CEMENT E Sub Contractor (If Any): , Owner or Public Body: CITY OF NEWPORT BEACH ,� 4 Improvement known as RIVER AVE. /BALBOA g ¢ County of ORANGE tJ State of California. Robertson's, Claimant, a Partnership, furnished certain labor service, equipment or materials used in the above described work of improvement. The name of the person or company to whom claimant furnished service, equipment, or materials is R C CEMENT The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and /or sand materials. Total value of labor,service,material to be furnished ...... $ 491.95 Total value of labor,service,materials actually furnished..$ 491.95 Credit for materials returned, if any ......................$ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 491.95 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 491.95 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached.(Bond required with Stop Notice served on construction lenders on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs) Dated 04/12/99 Name and address of Claimant ROBERTSON'S P.O. Box 33140 Riverside, Calif. 92223 909- 85 -2200 By �/ uthorized Agent VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoi is true and correct. Executed on 04/12/99 at Rivers' State of California. Signature of claimant /Agent April 7,1999 CIT1 OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 R. J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 Subject: River Avenue Street Rehabilitation, C -3178 To Whom It May Concern: On February 8, 1999, the Citv Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on March 3, 1999, Reference No. 1990152754. The Suretv for the contract is Federal Insurance Company, and the bond number is 8155- 14 -77. Enclosed are the labor & materials payment bond and the faithful performance bond. Sincerely, 1 r LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Construction Engineer encl. 3300 Newport Boulevard, Newport Beach 0 0 PAGE 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 BOND NO. 8155 -14 -77 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to R.J. Noble Company, hereinafter designated as the "Principal," a contract for construction of River Avenue Street Reconstruction, Contract No. 3178 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorrorated 'herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3178 and the terns thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sure of one hundred seventy four thousand six hundred Nventy five and no /100 Dollars ($174,625.00) lawrui money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. • Ah STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On r ='C �� , before me, ROSEMARY STANDLEY PERSONALLY APPEARED SUSAN C. MONTEON personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL ,. ROSEMARY STANDLEY y COMM. #1080462 yy e NOTARY PUELIC -CALIFORNIA w RIVERSIDE COUNTY X My Ccmm. Expires Wna 7.20W This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEYAN -FACT TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON($) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-OSI Rev.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT 0 PAGE 16 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 25th day of JUNE 1998 R. J. NOBLE COMPANY Name of Contractor (Principal) FEDERAL INSURANCE COMPANY Name of Surety 801 S. FIGUEROA ST. 23RD FLOOR Address of Surety LOS ANGELES, CA 90017 (213) 612 -0880 Telephone ut rized Signature/Title GRACE, PRESIDENT I Authorized Agent Signature SUSAN C. MONTEON, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED State of CALIFORNIA County of ORANGE On JUNE 26, 1998 before me, M.A. GROSKOPF (DATE) INASIE,TITLE OF OFFICER- i.e.'JANE DOE, NOTARY PUBUC'l personally appeared JIM GRACE, PRESIDENT INA.MEISI OF SIGNERISII OF R. J. NOBLE COMPANY personally known to me -OR- ❑ M.A. GROSKOPF fi COMM. #1130198 0 NOTARY PUBLIC-CALIFORNIA q ORANGE :OI INTY N1y COMM. EXP. April 21 2001 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal ISI ATURE OF NOTARY I i ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Tale or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Data of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above WOLCOTTS FORM 03240 Rev. 3.04 (price close 63A) 01994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYPREPRESENTATIONRWO FINGERPRINTS RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUALIS) MORPORATE OFFICER(S) OPARTNER(Sl ❑LIMITED DGENERAL OATTORNEY IN FACT OTRUSTEEIS) O GUARD IAN /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: (Nam. of Person(s) or Entitylies) R. J. NOBLE COMPANY RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) OCORPORATE OFFICERis) (nTLE9) OPARTNEMSI OLIMITED OGENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) O GU ARD IAN /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Personls) or Entitylies) 7 IIIII67775 III I III I40 II $ 0 PAGE 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 BOND NO. 8155 -14 -77 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ being at the rate of $ thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to R.J. Noble Company, hereinafter designated as the "Principal ", a contract for construction of River Avenue Street Reconstruction, Contract No. 3178 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport. Beach, all of which are incorporated herein by this reference. WHEREAS. Principal has executed or is about to execute Contract No. 3178 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and FEDERAL INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of one hundred seventy four thousand six hundred twenty five and no /100 Dollars ($174,625.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. STATE OF CALIFORNIA SS. COUNTYOF RIVERSIDE On (P /'aFJ �� _ , before me, ROSEMARY STANDLEY PERSONALLY APPEARED SUSAN C. MONTEON personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL ROSEMARY STANDLEY y CO,y'PlU #1090462 s • NOTARY PU611C - CA! IFORNIA N RIVERS0E COUNTY My Comm. EJ;ir¢a Mme 7, 2000 This area for OFidal Notarial Seal Though the data below is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE to -r>at Re, 6/94 ALL - PURPOSE ACKNOWLEDGEMENT PAGE 18 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF this instrument has been duly executed by the Principal Gnd Surety above named, on the 25tfr day of _JUNE 1998 R. J. NOBLE COMPANY Name of Contractor (Principal) Au orized Signature/Title GRACE, PRESIDENT FEDERAL INSURANCE COMPANY Name of Surety Authorized Agent Signature 801 S. FIGUEROA ST. 23RD FLOOR SUSAN C. MONTEON, ATTORNEY -IN -FACT Address of SuretyLOS ANGELES, CA 90017 Print Name and Title (213) 612 -0880 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED State of CALIFORNIA County of ORANGE On JUNE 26, 1998 before me, M.A. GROSKOPF (DArEI Iry A.M EJI%E Of CPnCER- i.s.'JANE DOE, NOTARY PUBLIC -I personally appeared JIM GRACE, PRESIDENT INTMEISI OF SIGNER(SR OF R. J. NOBLE COMPANY personally known to me -OR- ❑ U=y.� I. NOTARY PUELIC- CALIFORNIA j O r; � ORANGE COUNTY proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal (SEAL) ✓ //� /l F �� ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of PAges Date of Signer(s) Other Than Named Above WOLCOTTS FORA/ 63340 R". 3 -94 (price class 6.3AI 01994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITh SIGNER CAPACITYBEPKESENTATIONRWO FINGEFPRINTS RIGHT THUMBPRINT IOptionall 0 CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUALIS) MORPORATE OFFICER(S) OPARTNER(S) OLIMITED DGENERAL ❑ATTORNEY IN FACT DTRUSTEE(S) ❑ G U A R D IA N IC O N S E R V ATOR ❑OTHER: SIGNER 1S REPRESENTING: (Name of Parson(s) or Entity(iaq P,. J. NOBLE COMPANY RIGHT THUMBPRINT (Optional) C 0 CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) OCORPORATE OFFICERIS) (TITIESI DPARTNERIS) DLIMITED DGENERAL DATTORNEY IN FACT OTRUSTEE(S) OG UARD IANlCONS ERVATO R ❑OTHER: SIGNER IS REPRESENTING: blame of Person(F) or Entityliesl 67775 111► I1�I�40glll 8 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 Recorded in the County of Orange, California Gary L. Gr..anv.ille, Clerk /Recorder No Fee 005 1701381 „3990152154 12;31pm 03/03/99 N12 1 6.00 0.()0 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and R. J. Noble Company of Orange, California, as Contractor, entered into a Contract on June 22, 1998. Said Contract set forth certain improvements, as follows: River Avenue Street Rehabilitation, C -3178. Work on said Contract was completed on November 6, 1998, and was found to be acceptable on November 9, 1999, by the City Council. Title to said property is vested in the Owner, and the S�ety for said Contract is Federal Insurance Company. $1 BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on r b , /c' BY 61b -7,lC �0) �L, 4 1 � City Clerk at Newport Beach, California. 19 i 4p lei is C-4 6 N ON _r N -' O 114 o� U $1 BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on r b , /c' BY 61b -7,lC �0) �L, 4 1 � City Clerk at Newport Beach, California. 19 i 4p lei 0 • 0 0 February 8, 1999 CITY COUNCIL AGENDA ITEM NO. 6 F—CITY ry , TO: MAYOR AND MEMBERS OF THE CITY COUNCIL ; FB 8 FROM: PUBLIC WORKS DEPARTMENT L APPROVED cap; SUBJECT: RIVER AVENUE STREET REHABILITATION, CONTRACT NO. 3178 - COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Authorize $15,000.00 from the amount remaining in the River Avenue Street Rehabilitation Project (Account No. 7013- C5100364), for the purchase and planting of Queen Palm trees along the south side of River Avenue. 5. Authorize a budget amendment to transfer $9,500.00 from the River Avenue Reconstruction (Account No. 7013- C5100364) to the Sidewalk, Curb and Gutter Replacement (Account No. 7013- C5100020). DISCUSSION: On June 22, 1998, the City Council authorized the award of the River Avenue Street Rehabilitation contract to R. J. Noble Company of Orange, California. The contract provided for the resurfacing of River Avenue with asphalt concrete, and the reconstruction of curb & gutter, sidewalk, curb access ramps and cross gutters. The contract has been completed to the satisfaction of the Public Works Department. A summary of the contract costs are as follows: Original bid amount: $174,625.00 Actual amount of bid items constructed: 167,528.04 Total amount of change orders: 0.00 Final contract cost: $167,528.04 SUBJECT: River Avenue Street R WCtion, ConlraCt No. 3178 - Completion and Acc ce February 8, 1999 Page 2 The decrease in the amount of actual Ibid items constructed over the original bid amount • resulted from a decrease of actual bi item quantities as measured in the field. There were no change orders issued on thi project. The final overall construction cost was 4.2% below the original bid amount. , Funds for the project in the amount of $192,087.00 were budgeted in the General Fund, River Avenue Street Reconstruction, ccount No. 7013- C5100364. Based on the final project costs, a balance of $24,559.0 remains in the project account and may be used for other projects. The residents along River Avenue he the street. It is recommended that $1 used for planting Queen Palm trees Sands Association has agreed to w� budget amendment to transfer $9,50 Replacement, Account No. 7013 -051 All work was completed by of November 9, 1998. Respectfully submitted, 63 PUBLIC WORKS DEPARTMENT Don Webb, Director 0 \Unis I L/ i Horst Hlawaty, P.E. Construction Engineer I requested that Queen Palms be installed along D0.00 remaining in the River Avenue account be ing the south side of River Avenue. The Lido . these trees. In addition, staff recommends a to the FY 1998 -99 Sidewalk, Curb and Gutter 6, 1998, ahead of the scheduled completion date • L J CI* of Newport Beach • NO. BA- 045 BUDGET AMENDMENT 1998 -99 AMOUNT: Ss,soo.00 IECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Budget Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations X No effect on Budgetary Fund Balance rX from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer funds from the balance of the River Avenue Street Reconstruction account to the Sidewalk, Curb and Gutter Replacement account. The balance in the River Avenue Street Reconstruction account is $24,559. Public Works would also like to purchase Queen Palm trees with the remaining portion (appro)imately $15,000) of the balance of the River Avenue Street account. Prior budget amendments have reduced the Sidewalk, Curb and Gutter Replacement account by $100,000 in '96, $109,350 in'97 and $49,780 in'98. This budget amendment adds back $9,500. See bullet points in the council report. Both of these capital project accounts are in the General Fund. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account General Fund &NUE APPROPRIATIONS (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Amount Debit Credit Signed: City Council Approval: City Clerk Date Description Division Number 7013 Street Account Number C5100364 River Avenue Street Reconstruction $9,500.00 Division Number 7013 Street Account Number C5100020 Sidewalk, Curb, Gutter Replacement Program $9,500.00 Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed; � C Financial Approval: Fi ance Dir t Dfate 0d: 422-2' Ad inistrative Approval: City Manager Date Signed: City Council Approval: City Clerk Date Ciib of Newport Beach BUDGET AMENDMENT 1998 -99 ECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Budget Appropriations AND X Transfer Budget Appropriations �X from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 045 AMOUNT: se,sao.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance rCITr �c ilk aCFi FEB 8 This budget amendment is requested to provide for the following: To transfer funds from the balance of the River Avenue Street Reconstruction account to the Sidewalk, Curb and Gutter Replacement account. The balance in the River Avenue Street Reconstruction account is $24,559. Public Works would also like to purchase Queen Palm trees with the remaining portion (approximately $15,000) of the balance of the River Avenue Street account. Prior budget amendments have reduced the Sidewalk, Curb and Gutter Replacement account by $100,000 in '96, $109,350 in'97 and $49,780 in'98. This budget amendment adds back $9,500. See bullet points in the council report. Both of these capital project accounts are in the General Fund. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account General Fund k� VENUE APPROPRIATIONS (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Description Division Number 7013 Street Account Number C5100364 River Avenue Street Reconstruction Amount Debit Credit $9,500.00 Division Number 7013 Street Account Number C5100020 Sidewalk, Curb, Gutter Replacement Program $9,500.00 Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: nn � nn �LCr�tCf/ r� 1���/l�C Dfate Financial Approval: Fi ante Di r ct ed: � iGi Ad 'm trative Approval: City Manager Date Signed: M , l/ 1tl 1 7v I t I , d City Council Approval: City Clerk Date CITY CLERK PAGE 1 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 9th day of June, 1998, at which time such bids shall be opened and read for RIVER AVENUE STREET RECONSTRUCTION Title of Project Contract No. 3178 $210,000 Engineer's Estimate Approved by Bill Pafaooff City Engineer Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Fong Tse, Proiect Manager at (949) 644 -3340. I9[6*A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. • 4 PAGE 3 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. A- 121735 A Contractor's License No. & Classification R. J. NOBLE COMPANY Bidder jwt Authorized Signature/Zi PAUL H. CLEARY, JR, PRESIDENT June 9, 1998 Date SEE ATTACHED BID BOND • it PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of River Avenue Street Reconstruction, Contract No. 3178 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this day of , 19_ Name of Contractor (Principal) Authorized SignaturelTitle Name of Surety Address of Surety Telephone Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CHUBB`ROUP OF INSURAN(o COMPANIES CHUg1E3 15 Mountain View Road. P. O. Box. 1615. \Vanen. New Jersey 070614615 FEDERAL INSURANCE COMPANY I:au31 -1*0 7 Bond No. 81370906 -1 Amount S 10% OF BID That we, Know All Men By These Presents, R.J. NOBLE COMPANY (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars (S 10% OF BID ), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 22nd day of MAY A. D. nineteen hundred and 98 WHEREAS, the Principal has submitted a bid, dated JUNE 9 for RIVER AVENUE STREET RECONSTRUCTION (3178) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such conlract and give such bond, if the Principal shall pay to the Obligee the dif- ference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, it the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. R.J. NOBLE MPANY P i pal By- 4 PAUL H. CLEARY, R,. PRESIDENT FEDERALINSURAN COMPANY M CHAEL D. NG ATTORN -IN -FACT mnu 1 � � ,. r STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On — .1 9 � , before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL -� ROSEMARY STANDLEY ( v `�" \ 0462 ]J NoARrc CALIFORNIA N \\ RIVERSIDE cOuNTY kly Cantu, ExNres June 7, 2WO This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TrME(S) - -- ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrN(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -oat Rev. eiva ALL - PURPOSE ACKNOWLEDGEMENT • 0. POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 Telephone: (908) 903 -2000 Fax No.: (908) 903 -3656 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Rosemary Standley, Susan C. Monteon and Shawn Blume of Riverside, California------------------------------------------- -- -- -- --------- ---- ------ ---- -- each its true and IawfulAttomey -in -Fad to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds. under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument Bonds; Lease Bonds, Workers' Compensation Bonds, Miscellaneous Surety Bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this loth day/of- ,.yRloyer, 19 95 t `c Assistant Secretary STATE OF NEW JERSEY i as. County of Somerset f FEDERAL INSURANCE COMPANY BY Gerardo G. Mauriz Vice President On this lOtb day of November 19 95, before me personally came Kenneth C. Wendel to me known and by me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed said Power of Attorney asAssistant Secretary of said Company by like authority; and that he is acquainted with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G. Mauriz and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal • '• Acknowledged and Sworn to before me on the date above written.'; a r `.` Notary Public IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE. Form 15100134 (Rw..904) GENERAL Notary Public. Commission Ext:irec CERTIFICATION STATE OF NEW JERSEY l as. County of Somerset f I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By -Laws of the said Company as dopted by its Board of Directors and that this By -Law is in full force and effect. 'ARTICLE XVIII. Section 2. All bonds, undertakings, contracts ai id other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairman oi the President or a Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attomeys -in -fact designated in any resolution of the Board of Directors or the Exeautive Committee, or in any power of attorney executed as provided for in Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of attorney. Section 3. All powers of attorney for and on be the Company, either by the Chairman or the President, jointly with the Secretary or an Ass officers may be engraved, printed or lithograp man, President, any Vice President, any Assi: the Company may be affixed by facsimile to ai Secretaries or Attomeys -in -Fad for purposes obligatory in the nature thereof, and any such seal shall be valid and binding upon the Coml hue and facsimile seal shall be valid and bind attached.' ff of the Company may and shall be executed in the name and on behalf of ice Chairman or the President or a Vice President or an Assistant Vice ant Secretary, under their respective designations. The signature of such d. The signature of each of the fallowing officers: Chairman, Vice Chair - nt Vice President, any Secretary, any Assistant Secretary and the seal of power of attorney or to any certificate relating thereto appointing Assistant ily of executing and attesting bonds and undertakings and other writings rwer of attorney or certificate bearing such facsimile signature or facsimile iy and any such power so executed and certified by such facsimile signa- 1 upon the Company with respect to any bond or undertaking to which it is I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America, Dist ct of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island; and is also d ly licensed to become We surety on bonds, undertakings, etc., permitted or required by the law. I, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is in full force and effect. I Q Given under my hand and the seal of said Com any at Warren, N.J., this P day of 19! I Assistant Secretary 1 State Of CALIFORNIA County of ORANGE On May 26, 1998 before me, M. A. GROSKOPF (DATE" (NAMErTITLE OF OFFICER- iA. -lANE DOE, NOTARY PUBLIC" personally appeared PAUL H. CLEARY, JR., PRESIDENT OF (NAM E(S) OF SIGNERISII R. J. NOBLE COMPANY U personally known to me e— err theE ev+dePeee to be the person(ft) whose name(*) Is /Am subscribed to the within instrument and acknowledged to me that he /she /they executed the same in hisA611111111111N authorized capac_ity{s1111, and that by his a # GGMM. #1130198 p signature(o) on the -V= ® NpTARYPUBLIC- CALIFORNIAo instrument theperson(6), Mvco AAANE PCAamif 2�f or the entity upon behalf of which the person(A) acted, executed the ----i[lstrument. (SEAL) Witness mm�hand and offici4l seal ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: RIGHT THUMBPRINT (Optional) a `o CAPACITY CLAIMED BY SIGNER(SI OINDIVIDUAL(S) $$CORPORATE OFFICERIS) (TIT" OPARTNERIS) OLIMITED OGENERAL OATTORNEY IN FACT OTRUSTEE(S) O G UARD IANICON SER VATOR OOTHER: SIGNER IS REPRESENTING: (Name of Personls) or Entky(ies) R. J. NOBLE COMPANY RIGHT THUMBPRINT (Optionall 3 a 0 s 0 CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUALIS) OCORPORATE OFFICER(S) mTLES) OPARTNER(S) OLIMITED OGENERAL OATTORNEY IN FACT OTRUSTEEIS) OGUARDIAN)CONSERVATOR OOTHER: - Si9mr(s) Other Than Named Above SIGNER IS REPRESENTINO: IName of Person(s) or Entky(ies) WOLCOTTS FORM 63240 Mv. 104 Wice tlrs B -2AI 01994 WOLCOTTS FOAMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATION / tWO FINGERPRINTS'' ' i 67775 63240 0 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. Concrete R.C. Cement Contractor 4071 E. La Palma 2. Manholes Ramirez Construction Anaheim, CA 92807 28015 Currier Rd. 3 Cold Milling Pavement Recycling Walnut, CA 917 P.O. Box 1266 4. Striping Systems J & S Sign Co. Riverside, 822 W. Katella Ave. 5. Orange, CA 92867 6. 7. 8. V1 10. R. J. NOBLE COMPANY Bidder Authorized Signature/7y' PAUL H. CLEARY, JR., PRESIDENT 4 ' 0 PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number 5198 CITY OF VILLA PARK 714- 998 -1500 5/98 STREET MAINTENANCE PROGRAM VARIOUS LCOATIONS, VILLA PARK 5/98 CITY OF COSTA MESA TOM BANKS 714- 754 -5029 5/98 FAIRVIEW ROAD REHAB. FROM PAULA_RINO CHANNEL TO ECR NORTH BAKER ST. 4/98 CITY OF ANAHEIM DAVE NELSON 714- 254 -5126 4/98 LA PALMA AVENUE ST. IMPTS., ANAHEIM 1/98 CITY OF WESTMINSTER MOHAB 714- 898 -3311 1/98 MILAN ST., HUMBOLDT & HAMMON PLACE, WESTMINSTER 1/98 CITY OF TUSTIN DAVE BALBAS 714 -573 -3000 1/98 NEWPORT AV., FROM MC FADDEN TO HOLT & EL CAMINO REAL TO NEWPORT 2/98 CITY OF ORANGE AMIR 714 -744 -5525 2/98 TUSTIN ST. FROM COLLINS TO BIXTY, ORANGE 2/98 CITY OF SANTA ANA DAVE URBIN 714 -565 -4028 2/98 SEVENTEENTH 12/97. CITY OF BUE 12/98 RESIDENTIAL R. J. NOBLE COMPANY Bidder ST. REHAB. CABRILLO PARK TO TUSTIN, SANTA ANA VA PARK NA11TL 714 -562 -3500 ST. RECONST., BUENA PART Authorized Signature/Title PAUL H. CLEARY, JR,. PRESIDENT 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange PAGE PAUL H. CLEARY, JR. ' being first duly sworn, deposes and says that he or she is PRESIDENT of R. J NOBLE COMPANY , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. R. J. NOBLE COMPANY Bidder to before r,44 /40( Authorized Signature(T PAUL H. CLEARY, JR, PRESIDENT 9thdayof June 1g 98 [SEAL] Notary Public M. ROSKOPF b e C 11. #1130198 o My Commission Expires: 4/21/2001 Comm. EXP. April 21, 2001 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt of Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in. the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 CONTRACT THIS AGREEMENT, entered into this 22ntl day of June, 1998, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and R.J. Noble Company, hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised for bids for the following described public work: RIVER AVENUE STREET RECONSTRUCTION Project Description 3178 Contract No. B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3178, Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: PAGE 10 All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one hundred seventy four thousand six hundred twenty five and no /100 Dollars ($174,625.00). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Fong Tse (949) 644 -3340 R.J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92865 (714) 637 -1550 6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." • • 7. INSURANCE PAGE 11 (a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprel iensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. B. Minimum Limits of Insurance Coverage limits shall be no less than: 1. General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 10 PAGE 12 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages (a) City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. (b) Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (e) The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. 3. All Coverages 0 PAGE 13 Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. E. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 8. RESPONSIBILITY FOR DAMAGES OR INJURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 0 0 PAGE 14 D. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the p;%0 ve caused this contract to be executed the day and year first written above. t'P� lk Q �.r d� trn rat < z C -�� wv By CITY CLERK APP V D S TO FORM: CONTRACTOR R. J. NOBLE COMPANY By. Qz�n- 4ct'f-4— CI ATT EY A&Wrized Signature and Title JIM GRACE, PRESIDENT 0 State of CALIFORNIA County of ORANGE On JUNE 26, 1998 before me, M.A. GROSKOPF (DATE) INAME/TITLE OF OFF(CER.i.e.VANE DOE. NOTARY PUBLIC') personally appeared JIM GRACE, PRESIDENT (NAMEISI OF SIGNERISI) OF R. J. NOBLE COMPANY personally known to me -OR- ❑ M.A. UHuc) "T r 1 COMM #1130198 NOTAORANGE . COUNTY RNIA My Comm. Exp. April 21, 2001 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person (s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal (SEAL) f, ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Date of Document Signed.) Other Than Named Above WOLCOTTS FORM 53340 Rev. 3.94 )Price chae B -3AI 01994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONR O FINGERPRINTS RIGHT THUMBPRINT (Optional) 0 0 CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUALIS) i{rXCORPORATE OFFICER(S) ❑PARTNER($) ❑LIMITED DGENERAL OATTORNEY IN FACT OTRUSTEE(S) D G U A RD IA N /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Person(s) or Entity(ies) R. J. NOBLE COMPANY RIGHT THUMBPRINT (Optional) 0 CAPACITY CLAIMED BY SIGNER(S) ❑INDIVIDUAL(S) ❑CORPORATE OFFICER(S) ITITUSI OPARTNERIS) ❑LIMITED DGENERAL OATTORNEY IN FACT OTRUSTEEIS) O G UARDIA N /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: blame of Person(s) or Entity(ies) 11111111111111111111111111�I11 B 0 0 POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 Telephone: (908) 903 -2000 Fax No.: (908) 903 -3656 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Michael D. Stong, Rosemary Standley, Susan C. Monteon and Shawn Blume of Riverside, Calif ornia-------------------------------------- -------- -- ------ -- ------- -- - - -- each its true and IawfulAttomey -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit: 1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any Sheriff or Magistrate, for the doing or not doing of anything specked in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds. under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or private; bonds to Transportation Companies, Lost Instrument Bonds; Lease Bonds, Workers' Compensation Bonds, Miscellaneous Surety Bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. 3. Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this loth davAf,'imo _Y''ZUer 19 95 Assistant Secretary STATE OF NEW JERSEY SS. County of Somerset FEDERAL INSURANCE COMPANY BY /J .4 'J. Ylt w Gerardo G. Mauriz Vice President On this loth day of November 19 95, before me personally came Kenneth C. Wendel to me known and by me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed said Power ofAttomey as Assistant Secretary of said Company by like authority; and that he is acquainted with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G. Mauriz and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal Acknowledged and Sworn to before me , on the date above written. Notary Public IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE. Forth 15- 10-0134 (Rev.994) GENERAL Notary Public. Commission Exp!:c'--.,c':, CERTIFICATION STATE OF NEW JERSEY t ss. County of Somerset f I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors and that this By -Law is in full force and effect. 'ARTICLE XVill. Section 2. All bonds, undertakings, contracts a id other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to exi icute, may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairman o the President or a Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations except that any one or more officers or attomeys -in -fact designated in any resolution of the Board of Directors or the Exe cutive Committee, or in any power of attomey executed as provided for in Section 3 below, may execute any such bond] undertaking or other obligation as provided in such resolution or power of attorney. attoey. Section 3. All powers of attomey for and on bet ialf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assi Aant Secretary, under their respective designations. The signature of such officers may be engraved, printed or Ikhograpt�ed. The signature of each of the following officers: Chairman, Vice Chair- man, President, any Vice President, any Assi nt Vice President, any Secretary, any Assistant Secretary and the seal of the Company maybe affixed by facsimile to arjy power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys -in -Fact for purposes ,bonly of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such ower of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Com ny and any such power so executed and certified by such facsimile signa- ture and facsimile seal shall be valid and bind i g upon the Company with respect to any bond or undertaking to which it is attached.' I further certify that said FEDERAL INSURANC COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island; and is also d ily licensed to become sole surety on bonds, undertakings, etc., permitted or required by the law. 1, the undersigned Assistant Secretary of FEDE RAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is in full force and effect. I Given under my hand and the seal of said Company at Warren, N.J., this °� r Y1 day of Juhk , 19 9 9_ Assistant Secretary / Ell n..0 CN (714)788 -0007 FAX (714)788 -0072 lillennium Risk Management & Insurance Services 7700 Irvine Center Drive Suite 505 Irvine, CA 92618 Attn: Leonard Ziminsky Ext: INSURED R. J. Noble Co. 15505 Lincoln Ave. P. 0. Box 620 Orange, CA 92865 DATE (MM/UDIN /) 07/01/1998 1ND CONFERS NO RIGHTS UPON THE CERTIFICATE R. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANY Lexington Insurance Co. /WW A COMPANY Valley Forge Insurance Co. /CNA B COMPANY California Compensation C COMPANY D INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION: LIMITS DATE (MMIDD(YY) DATE (MWDD/YY) OTHER ty, its officers, officials, employees and volunteers are named Additional Insureds /Primary as spects General and Auto Liability per attached endorsements /Waiver of Subrogation for WC is attached . River Ave. St. Reconstruction / Contract #3178 / °10 -day notice of CANCELLATION for non -pay N Im V = A V/ r ° ,y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE PIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL City of Newport Beach DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public works Department Attn: Fong Tse Jl1L 3 — x�Itx9CNWFDSXN9BIXkR )Q)t919NQ7A('9Qt90t9@XHXX 3300 Newport Boulevard XXXXXXX Newport Beach, CA 92663 �` .,;, AUT RIZEDREPRESENTA7IVE PUBLIC NR'WPi)RT GENERAL LIABILITY ....... GENERAL AGGREGATE :. S 2,000,000 X COMMERCIAL GENERAL LIABILITY ..._._...... .......... ..... ....._......................... PRODUCTS - COMP /OP A G G S 2,000,000 A CLAIMS MADE ' X OCCUR - 5357086 07/01/1998 ` PERSONALS ADV INJURY 07/01/1999 ........................................... $ 1 , OOO , OOO X OWNERS& CONTRACTOR'S PROT' EACH OCCURRENCE S 1,000,000 ....... ._ ............... ............ ......... FIRE DAMAGE (Any one fire) .................. ._.._.__.................... S 50,000 ... ._._._.............._.......... MED EXP (Any one person) 5 5,000 AUTOMOBILE LIABILITY X ANY AUTO i COMBINED SINGLE LIMIT $ 1'000,000 ALL OWNED AUTOS .... BODILY INJURY S SCHEDULED AUTOS :(Per person) B 1073288080 07/01/1998 07/01/1999 X NIREDauros BODILY INJURY $ X NON -OWNED AUTOS (Per accident) .... .. _ ............... ...................._._...._..: ' PROPERTY DAMAGE $ GARAGE LIABILITY ........ - AUTO ONLY - EA ACCIDENT $ ANY AUTO ...................... OTHER THAN AUTO ONLY ., ... .......... ....................... . EACH ACCIDENT '....................... $ ..._._._._. ................... AGGREGATE . .............. S EXCESS LIABILITY - EACH OCCURRENCE $ ........ X UMBRELLA FORM ............. ................ .... :AGGREGATE _.__._.._..._... .......... ..... E OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND f X TORY LIMITS : ER EMPLOYERS' LIABILITY C ....... W987179201 07/01/1995 EL EACH ACCIDENT 07/01/1999 .......................... .._._._..._._................. rHEPROPRIETOR INCL EL DISEASE - POLICY LIMIT S 1,000,000 PARTNERS /EXECUTIVE OFFICERS ARE EXCL EL DISEASE - EA EMPLOYEE S OTHER ty, its officers, officials, employees and volunteers are named Additional Insureds /Primary as spects General and Auto Liability per attached endorsements /Waiver of Subrogation for WC is attached . River Ave. St. Reconstruction / Contract #3178 / °10 -day notice of CANCELLATION for non -pay N Im V = A V/ r ° ,y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE PIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL City of Newport Beach DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public works Department Attn: Fong Tse Jl1L 3 — x�Itx9CNWFDSXN9BIXkR )Q)t919NQ7A('9Qt90t9@XHXX 3300 Newport Boulevard XXXXXXX Newport Beach, CA 92663 �` .,;, AUT RIZEDREPRESENTA7IVE PUBLIC NR'WPi)RT City of Newport Beach Certificate issued to City of Newport Beach 07/01/1998 Policy #5357086 07/01/1998 City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor, products and completed operations of Contractor's premise owned, occupied or used by Contractor, or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. -Policy Number 5357086 • Commercial General Liability THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organizations: City of Newport Beach, its officers, officials, employees and volunteers 3300 Newport Boulevard Newport Beach, CA 92663 RE: River Avenue Street Improvements / Contract #3178 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) Is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. PRIMARY WORDING: "IT IS FURTHER AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN ABOVE SHALL BE PRIMARY INSURANCE, BUT ONLY AS RESPECTS ANY CLAIMS, LOSS OR LIABILITY ARISING OUT OF THE NAMED INSUREDS OPERATIONS ON THIS PROJECT AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE NON - CONTRIBUTING ". CG 20 10 11 85 Copyright Insurance Services Office, Inc. 1984 CNA 0 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE LOCATION WHO IS AN INSURED (SECTION II) IS AMENDED TO INCLUDE AS AN INSURED THE PERSON(S) OR ORGANIZATION(S) SHOWN IN THE SCHEDULE BUT ONLY WITH RESPECT TO THEIR LIABILITY ARISING OUT OF: a) YOUR WORK FOR THE ADDITIONAL INSURED(S) AT THE LOCATION DESIGNATED, OR b) ACTS OR OMISSIONS OF THE ADDITIONAL INSURED(S) IN CONNECTION WITH THEIR GENERAL SUPERVISION OF "YOUR WORK" AT THE LOCATION SHOWN IN THE SCHEDULE FOR CLAIMS ARISING OUT OF OPERATION, MAINTENANCE, OR USE OF A COVERED AUTO. THIS INSURANCE SHALL BE PRIMARY INSURANCE OVER ANY OTHER INSURANCE AVAILABLE TO THE SCHEDULED INSURED. City of Newport Beach, its officers, officials, employees and volunteers Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 RE: River Avenue Street Reconstruction / Contract #3178 UCA 229 This endorsement is a part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below: Must be Completed Complete Only When This Endorsement Is Not Prepared with the Policy Or is Not to be Effective with the Policy Endt No. Policy No. Issued to Effective date of This endorsement 1073288080 R.J. Noble Co. July 1, 1998 Countersigned by: 4e5r,�,! Authorized Representative G39543A C ixo p E cr.et 1, H E 0 1.7? • WORKERS COMPENSA'nON and CAtirp V4�A CpMPENS+TION I N S U R A N C E c o M PA N V EMPLOYERS LABILITY INSURANCE POLICY California WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS FORM NUMBER WC- 0403 -06 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person(s) or organization(s) named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the California Workers' Compensation premium otherwise due on such remuneration. Minimum Premium: $50 Schedule: Person or Organization: Jolz Description: City of Newport Beach, its officers, officials, employees and volunteers Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 RE: River Avenue Street Reconstruction / Contract #3178 This endorsement changes the policy to which it Is attached and is effective cn the date issued unless otherwise stated. Me information below is required only when this endorsement is issued subsequent to preparation of the poky.) Endorsement Effective July 1 r 19 9 8 Polfcy No. V687179201 Insured R.J. NOBLE C PANY (A CORP) Date Printed: 00126/96 (Sys Id 8902) UNOERWRITING COPY Endorsement No. Supercedes CALCOMP INSURANCE COMPANY - ?%(Urde"ni 0 0 Page PR -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL RIVER AVENUE STREET RECONSTRUCTION CONTRACT NO. 3178 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3178 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ SEVEN THOUSAND Dollars ONE HUNDRED DOLLA%�d & NO CENTS Cents $ 7,100.00 $ 7,100.00 Per Lump Sum 2. Lump Sum Traffic Control @ EIGHT THOUSAND Dollars SIX HUNDRED DOLLAwd NO Cents $ 8,600.00 $ 8,600.00 Per Lump Sum 3, 675 C. Y. Cold Mill and Dispose of AC Pavement @ TWENTY THREE Dollars EIGHTY and Cents $ 23.80 $ 16,065.00 Per Cubic Yard 0 0 Page PR -2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 12,600 S. Y. Provide and Install Pavement Reinforcing Fabric @NO Dollars SEVENTY Cents $ •70 $ 8,820.00 Per Square Yard 5. 800 S.F. Remove Ex. AC Pavement and Construct P.C.C. Cross Gutter @SIX Dollars SEVENTY FIVE Cents $ 6.75 $ 5,400.00 Per Square Foot 6. 1,550 Tons A. C. Pavement and Leveling Course @THIRTY ONE Dollars and TWENTY FIVE Cents $ 31.25 $48,437.50 Per Ton 7. 2,700 S. F. Remove and Replace P.C.C. Cross Gutter @EIGHT Dollars and NO Cents $ 8.00 $ 21, 600.00 Per Square Foot 8. 1,200 L. F. Remove and Replace P.C.C. Curb and 18" Wide Gutter @SIXTEEN Dollars and NO Cents $ 16.00 $ 19,200.00 Per Linear Foot 9. 325 S. F. Remove and Replace PCC Drive Approach @ SIX Dollars FIFTY Cents $ 6.50 $ 2,112.50 Per Square Foot Page PR -3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1,500 S. F. Remove and Replace P.C.C. Sidewalk 11. 10 Each 12. 35 Each 13. 7 Each @FIVE Dollars and NO Cents Per Square Foot Adjust Manhole Frames and Covers to Grade @ONE HUNDRED SIXTY Dollars FIVE DOLLARS & and NO Cents Per Each Adjust Utility Valves and Covers to Grade @ONE HUNDRED FIFTY Dollars and NO Cents Per Each Adjust Electrical Boxes and Covers to Grade @ SEVENTY FIVE Dollars and NO Cents Per Each 14. Lump Sum Install Traffic Striping, Markings, Markers, Etc. 525.00 @ FOUR THOUSAND Dollars $ 4,000.00 and NO Cents Per Lump Sum 15. 3 Each Construct P.C.C. Curb Access Ramp Per Detail -A @ EIGHT HUNDRED Dollars and NO Cents Per Each $ 5.00 $ 7,500.00 $ 165.00 $ 1,650.00 $ 150.00 $ 5,250.00 $ 75.00 s 525.00 $ 4,000.00 $ 4,000.00 $ 800.00 $ 2,400.00 Page PR-4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16, 4 Each Construct P.C.C. Curb Access Ramp Per Detail -B @ NINE HUNDRED Dollars NO Cents $ 900.00 $ 3,600.00 Per Each 17. 11 Each Construct P.C.C. Curb Access Ramp Per Case -H @ SEVEN HUNDRED Dollars SEVENTY FIVE DOLLAI&nd NO Cents $ 775.00 $ 8,525.00 Per Each 18. 1,600 L.F. Construct 1 -Foot Minimum Width 4" AC over 4" AB Patch Back @ TWO Dollars FORTY Cents $ 2.40 $ 3,840.00 Per Linear Foot TOTAL PRICE IN WRITTEN WORDS ONE HUNDRED SEVENTY FOUR THOUSAND Dollars SIX HUNDRED TWENTY FIVE DOLLARS and NO Cents $ 174,625.00 Total Price Bidder's Name R. J NOBLE COMPANY Bidder's Address 15505 E. Lincoln Avenue, Crane, CA. 92865 Bidder's Telephone Number 714 - 637 -1550 Contractor's License No. & Classification A-121735 A June 9, 1998 tl wo z-e�- (i6lfV Date Authorized Signature &Tifle PAUL H. CLEARY, JR, PRESIDENT 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Lobana Engineering 1130 Thompson Avenue Glendale, California 91201 Gentlemen: (714) 6443005 July 6,1998 Thank you for your courtesy in submitting a bid for the River Avenue Street Reconstruction (Contract No. 3178) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Pave West 320 North Palm Street, Suite A Brea, California 92821 -2882 Gentlemen: (714) 6443005 July 6,1998 Thank you for your courtesy in submitting a bid for the River Avenue Street Reconstruction (Contract No. 3178) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Holland -Lowe Construction, Inc. 541 N. Main Street, Suite 104 -350 Corona, California 91720 -2043 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the River Avenue Street Reconstruction (Contract No. 3178) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Excel Paving Company Post Office Box 16405 Long Beach, California 90806 -5195 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the River Avenue Street Reconstruction (Contract No. 3178) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 All American Asphalt Post Office Box 2229 Corona, California 91718 -2229 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the River Avenue Street Reconstruction (Contract No. 3178) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, �- �/ l�� M - d LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Nobest, Incorporated Post Office Box 874 Westminster, California 92684 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the River Avenue Street Reconstruction (Contract No. 3178) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach June 22,1998 CITY COUNCIL AGENDA i;Y 1 HE CIT,' COUNCIL CI il' OF NEWPORT BEACH TO: MAYOR AND MEMBERS OF THE CITY COUNCIL 2 2 i8 FROM: PUBLIC WORKS DEPARTMENT SUBJECT: RIVER AVENUE STREET RECONSTRUCTION —AWARD OF CONTRACT NO. 3178 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Award Contract No. 3178 to R.J. Noble Company of Orange for the total amount of $174,625.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $17,462 to cover the cost of materials testing and unforeseen work. DISCUSSION: On June 9, 1998 at 11:00 A.M., the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low R.J. Noble Company of Orange $174,625.00 2nd Lobana Engineering of Glendale $181,432.50 3n' Pave West of Brea $181,550.00 4°i Holland -Lowe of Corona $184,851.25 5d' Excel Paving Company of Long Beach $196,797.50 6'" All American Asphalt Company of Corona $202,796.00 • 7'" Nobest Incorporated of Westminster $205,050.00 SUBJECT: RIVER AVENUOREET RECONSTRUCTION —AWARD OF CACT NO. 3178 June 22, 1997 Page 2 The low total bid price of $174,626.00 is 17% below the Engineer's estimate of $210,000. The low bidder, R.J. NobleCompany, is a well- qualified general engineering contractor who possesses a Class -A Contractor's license. R.J. Noble has satisfactorily completed numerous construction projects for the City and other Southern California agencies. The City staff designed improvements to be constructed under this contract include the pavement resurfacing of River Avenue from Balboa Boulevard to its northerly street end at Lido Sands Drive; the removal and replacement of deteriorated concrete curb and gutter, sidewalk, and cross gutters; the construction of new concrete cross gutters at Jo Ann Way and at Caryl Court to improve surface water drainage; the construction of concrete curb access ramps; the installation of new pavement traffic striping and markings; and appurtenant work. In order to accommodate the anticipated visitors in the area during the summer months, the Contractor is required to delayi the commencement of any construction until September 21, 1998. All work must be completed within twenty (20) consecutive working days of the Notice To Proceed. Sufficient funding is available in the following account: Fund River Avenue Street Re onstruction Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Fong se, P.E. Assistant Engineer Attachment: Project Location Map Bid Summary f: 4jroupsVubworks lcouncing8yune- 22kiver.doo Account No. Amount 7013- C5100364 $192,087.00 E 0 E �1 U • uipppp Ilb au LU LU • 0 0 W �Q / O 11109 ' 3 1S S I O cSeS lS �6 S� O 1`S 1S W Ov /// ^jo0 Hf oS Z o OSQHaS LL 0 WI Q a v W m 0 a W Z LL 0 r U 1- Z LLI CL W 0 to Y V J m m IL CP J ej F fL F-Om ,/ 11 u E N m Ol c 5 Q �opSppopis(ps SSoSppSpSSSSpSS S Z o 1n O 1n O IA M CD O O S to O Q N f0 H N O ty P S N S N M 0! N �Op (gyp (spy �O w w w m LO Q W w 19 NH H H H 61 19 co 3 O S S S CODOp, V O S S (p S O S O S O O M LLHOOtoo r(unnvi vioo o�0000i p �8° o, °� °o,Sp1pp8opp�RSB8S(�S�yppSSSSSS °n 7Q ppSppNSSc Q ci N M n N a C O O N aOD OH 1fl N NH M Oy M 0 NN ��tf�pJp H AH NH OH AH NH C Q N W H co < H w W S S S O O O O N O S S S pp O S S pp O S S N pQ S N H OH A tp 19 GD C) H S S S p S p O N N S l7 H Z O J� Z �-+ 00 H H N r m A � O O S O O N O O N O O op O S 0 0 0 0 H Z S goo o pppp A O O N S O g �Yg Y O Y O wO N pO O O O C top O" 0 0 (OD_ N �O (00_ M N (00. CD E� n HH�HH ED f0 tD Yf m O NH 0 -wwin� N !� H N H M H m HH t7 fN0 c A U Q � H Z 00 m n Atpp N S O N O O 8888' S V ~ S S N OH t H M OH � OH OH S r S S g r NH R'Z S O H H H rH tAH O HHN � 98 m Z r o O S N S S S S S N S S S O S S S S O of 0 N r (p O V M O O� O O N O (D tp R N M E N H M H O (V w O NH t7 O H OH G NH rH tG M H rH tV H (h H l7 H H H N ILQ (p !A t N S O 0 O 0 0000 0 0 0 0 8 O 0 Opp 0 Oo 0 O 0 O QV 080 O O C~ Z n $o O N N r tOtpp p S S S S NW W Wi HO H W H H H H J J J QS QQ Qa J J U N co F CO) (n to W Ill W W W z Q �- S N O N O A O N O J N vz C7 gm= a a v w EL Z qq L E E E¢ CL O ica?U'e6¢mi� rnKKKo F- a o m @ U p q 9 apQQ � aQ <�� a0Ua'rrn a of if 2S ° E E x ��QQQ w a i m CL >UUCUi0 a a a a@ m In $a 8888m (n —¢ el �itt'K_yyR�' a nt n1 t �NUUU' •G � U U U E a oN3_ W w m� gTii , !i 0 O 0 11 Y 2 W �uutV F^ � � � .y tl 0 O LO O L 01 U 01 W M Q N OD r m O) O' t�V ' Q N t0 A t0 r HN T ,/ 11 u E N m Ol c 5 Q u Pi 0 E m s m U 9 w r8888Spp S8SSS888888 8 Z � O O N O 0 S N O O O m N O O Gp O 1OrO S O O O 0� OO C O 0 0 10 tO W Q m W O) W 1t> N N� w H W S W W W �y H �} w w L6 EL V! N p0 � U C O O O O S O O O p 0 8 O 0 O 0 O 0 O 0 O O S p S S y r O O th O M O V VI 1 8 8 8 8 8 8 8 _ 0 C:1 �W�0000 k r ° o ° ° ° ° SO Sr So 8u/8v 8Sas 8°m 8 S " Z O0 gpp � uIn o ° °8c°v °o � < 0 O N N 1N n N o O O O N_ Cl m 431 N O_ N 1� h VI Cl n OO Oi O m ' 3W IA A N Q Q N W W W N NC y� C W O O O O O O m S 0 N 0 O 0 O 0 O 10 N 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 N r O 0 O 0 m O 19 O N M 0 fD N ((pp f9 i(1 fA C 0 10 0 10 0 O 0 m 0 m 0 m S Z N N W � d1 fA di w w w N i0 W 10 W N W r Q m 0 to F- 0 0 0 0 0 10 0 0 0 0 0 0 0 0 8 cc 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 10 W] O N OI O 10 faD m O O O Y pI O. O a0 N t7 N I� (O f0 act lh a t Ot q O � EO OW pNp W W NW H NW NW U Q H H H W m � c 'S W 0 O 0 O 0 0 0 OI 0 O 0 Y 1n A 0 O 0 O 0 N 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 m a r O O 10 V N 0 19 0l W t'I M aD IA m 10 W U) 19 0 th 1n m 1t) c0 0 O 0 o i[I N Z O a0 Lq W W W N W W N W ha o m W O r W 7 19 W W rW N 6F- O O O O i0 N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N N C • Z O 8 Gp O WI N C P, 0 0 0 N 0 O VI m 0 M 0 (00 i0 O 0 8 0 N 0 (00 0 100 i0 00 O r o�W«WWW«W;WWW�;«SS UQ W W 0 S 00In0000000 o 10 c0 00 W 10 m OI O S S 00000 O cc O N J � r O O O O N N O W eD 19 YI CI 1� IA N 1A V W p a 00 N 100 (9 = W W W �� !9 N � N S S � O x M 19 f9 CO J >- w J J J U f0 r N N W W ll] W W ll] r F nN 10HO N O S D m N N, N Q m Q m O •C O (7 ? 0 W O N W yy W N , g W W m A of W W pi O O Wv � o gc)W •L� RTLa. Z E E V W m L' o@ E E W Q ca afQ qn ,I� '° i 0 KKa O 0. '0 0 O q W g U L. O C W� WQ Wt � ¢cc, �UUO y-i qU°6� 9 2S 25 A iS � U w >UUUU E m x c•E Q e•eQ Q U aci W aEI "o°e87515a D_ . E W X 'O sUUU� _8a a°oZ y m °UaUaUa: c o .q c e0 = a`i E K K aai 1 aait K 2` w !C - U- m>> 7 r 2 E E E 0 E N �0 r9tia' �¢zz0 0z ¢ ¢N ° Q = cN i cW 1101-100-1 W— N M V N tp 1� 0 OI O N i+I V t0 t0 A CD r 0 E m s m U 9 w